Spring Chinook salmon spawning surveys above Green Peter Dam
ID: W9127N25Q14INType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SPECIAL STUDIES/ANALYSIS- ANIMAL/FISHERIES (B516)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is seeking qualified contractors to conduct spawning surveys of Spring Chinook salmon above Green Peter Dam in Oregon. The contract, which is a firm-fixed price for a duration of 12 months, requires the contractor to provide personnel, equipment, and materials necessary for conducting comprehensive surveys, including carcass sampling and the delivery of detailed reports. This project is crucial for assessing salmon abundance, distribution, and spawning behavior, particularly in Quartzville Creek and the Middle Santiam River, with results to be reported monthly to the contracting officer’s representative. Interested parties should contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil for further details, with a final report and presentation due by April 30, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a contract involving spawning surveys of Spring Chinook salmon above Green Peter Dam in Oregon. The contract is a firm-fixed price for a period of 12 months, requiring the Contractor to provide necessary personnel, equipment, and materials, and adhere to local, state, and federal regulations. Key tasks include creating a study/work plan, conducting spawning surveys, performing carcass sampling, and delivering reports. The Contractor must detail their planned activities, including the personnel involved, objectives, and a schedule for field surveys. Surveys will assess salmon abundance, distribution, and spawning behavior primarily in Quartzville Creek and the Middle Santiam River, conducted using both boat and foot methods. The results will then be analyzed and reported monthly to the contracting officer’s representative (COR). Performance standards emphasize the importance of quality and adherence to the PWS, with specific metrics defined for each task. The project timeline establishes critical milestones leading to a final report and presentation by April 30, 2026. Additionally, the document highlights compliance with various regulations, including veterans' employment initiatives and metadata documentation standards, emphasizing the necessity for rigorous project coordination and communication among stakeholders.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Total Dissolved Gas and Temperature Monitoring Program (TDG)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting quotes for a Total Dissolved Gas (TDG) and Temperature Monitoring Program, specifically aimed at calibrating and maintaining government-owned TDG and temperature probes at Chief Joseph Dam in Washington, Libby Dam in Montana, and Albeni Falls Dam in Idaho. The contractor will also assist in deploying equipment for water quality research studies, ensuring compliance with environmental monitoring standards. This opportunity is exclusively available for small businesses under NAICS code 541620, with proposals due by 2:00 PM PST on February 21, 2025, and the contract expected to commence on March 1, 2025, with options extending up to three years. Interested contractors should contact Tyler Luke at tyler.j.luke@usace.army.mil or Brett Vegeto at brett.s.vegeto@usace.army.mil for further details.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    EFO-WDFW LAW ENFORCEMENT SERVICES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for law enforcement services to be provided by the Washington Department of Fish and Wildlife (WDFW) across the Columbia Basin Project, which spans over 1 million acres in Ephrata, Washington. The primary objective of this contract is to ensure public safety, protect natural resources, and enforce state and federal regulations through regular patrols and thorough documentation of activities and incidents. This contract, valued at approximately $91,344.52 for the first year and totaling $484,960.46 over five years, is critical for maintaining order and preventing criminal activities on federal lands, with a performance period set from April 1, 2025, through March 31, 2030. Interested parties can contact Paula Gross at PGross@usbr.gov or by phone at 509-633-6132 for further details.
    Albeni Falls Dam (AFD) Idaho Pollutant Discharge Elimination System (IPDES)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking an accredited laboratory to provide analytical services for the Idaho Pollutant Discharge Elimination System (IPDES) permit compliance at the Albeni Falls Dam in Oldtown, Idaho. The laboratory will be responsible for analyzing water samples for specific pollutants, including Oil and Grease, Polychlorinated Biphenyls (PCBs), Total Suspended Solids, Chemical Oxygen Demand, and Total Organic Carbon, ensuring adherence to established quality and accreditation standards. This procurement is crucial for maintaining water quality and human health in compliance with environmental regulations. Interested contractors must submit their proposals by 10:00 AM on January 29, 2025, with the contract expected to commence on February 14, 2025, and run for one year, with options for four additional years. For further inquiries, potential bidders can contact Xuejiao Sun at xuejiao.sun@usace.army.mil or Scott Britt at scotty.w.britt@usace.army.mil.
    NCAO Klamath River FAR Compilation Report
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for the Klamath River Flow Augmentation Releases Compilation Report, aimed at analyzing environmental impacts on fish disease dynamics, particularly focusing on Ichthyophthirius and Columnaris infections in adult salmon. The project involves a comprehensive study that includes reviewing environmental data, analyzing water temperature and flow dynamics, and developing management strategies to enhance salmon populations following a significant die-off event in 2002. This initiative is critical for informing future water management practices and ensuring the ecological sustainability of the Klamath River ecosystem. Interested small businesses can contact Steven Teves at steves@usbr.gov or call 916-978-4302 for further details, with the contract expected to last 18 months under a total small business set-aside.
    West Coast Hopper Maintenance Dredging 2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the "West Coast Hopper Maintenance Dredging 2025" project, which aims to enhance navigation by dredging specific areas along the West Coast, including Humboldt Bay and the Lower Columbia River. The project requires contractors to perform maintenance dredging to specified depths, adhering to environmental regulations and safety standards, with a construction budget estimated between $10 million and $50 million. This initiative is crucial for maintaining navigational channels and ensuring safe maritime operations, reflecting the government's commitment to infrastructure upkeep and environmental stewardship. Interested bidders must submit their proposals electronically by February 21, 2025, and can contact Ian Lutjens at ian.k.lutjens@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil for further information.
    Surface Water Database Cleanup REQUEST FOR QUOTE
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for a project focused on the cleanup and maintenance of the Oregon Surface Water Database, with a specific emphasis on rectifying errors and omissions in hydrologic data. The objective is to ensure compliance with USGS standards and enhance public accessibility to the data through the National Water Information System (NWIS) web, involving tasks such as removing erroneous historical data and conducting quality assurance reviews. This project is critical for maintaining the integrity of water quality data and will require contractors to have expertise in the Oregon Water Science Center's database systems. Proposals must be submitted electronically by February 14, 2025, with inquiries directed to Contract Specialist Rupert Lujan at rlujan@usgs.gov.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at restoring access routes and mitigating hazardous fuels in the Detroit Ranger District of the Willamette National Forest, Oregon. The project encompasses approximately 1,843 acres affected by the Beachie Creek and Lionshead Fires of 2020, with work including the removal of fire-killed trees, road reconstruction, and maintenance activities to enhance forest management and community safety. Interested contractors are encouraged to attend a pre-solicitation site visit on October 5, 2024, with the final solicitation expected to be issued around March 31, 2025, and contract awards planned for June 6, 2025. For further inquiries, contact Karen Ruklic at karen.ruklic@usda.gov or Heidi Andersen at heidi.andersen@usda.gov.
    Port of Astoria Docking Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is seeking docking services at the Port of Astoria in Oregon. This procurement aims to secure port and harbor operations, which are critical for facilitating transportation and relocation services. The opportunity underscores the importance of reliable docking services for military and logistical operations in the region. Interested vendors can reach out to Christopher Burroughs at christopher.d.burroughs@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil for further details.